Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/09/2020

Expire date: 27/11/2020

External Reference: 2020-272369

TED Reference: 2020/S 175-423717

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
[Contactpoint]: Francis Kehoe
[AddressPhone]: +353 01-8798300
[AddressFax]: +353 01-8798362
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=172673&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivBus]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Next Generation Ticketing
II.1.2)

[CpvMain]

72000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Authority intends to procure a nationwide multi-modal Account Based Ticketing (ABT) system supporting both public and private operated transport services, with the eventual aim of enabling the provision of Mobility as a Service 'MaaS' type offerings. The solution is expected to include the delivery of a fully functioning and fit for purpose ABT back office system including all necessary equipment, hosting, software, services and supporting systems. The solution is also expected to include the supply, configuration, installation and maintenance of all fare collection equipment for all Public Transport Operators, capable of accepting and validating contactless back cards (as well as mobile phone based), QR Codes, Transport for Ireland (TFI) Leap Cards, Free Travel Cards, secure tokens and other forms of payment.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 2762000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

50312600  - 
50312610  - 
50312620  - 
72222000  - 
72222300  - 
72267200  - 
60112000  - 
32510000  - 
33952000  - 
34000000  - 
60200000  - 
60210000  - 
63520000  - 
63710000  - 
63711000  - 
63712000  - 
71311200  - 
30144400  - 
30162000  - 
63512000  - 
66172000  - 
72253000  - 
72253100  - 
72253200  - 
72510000  - 
79000000  - 
79200000  - 
79211120  - 
79400000  - 
79500000  - 
79900000  - 
66170000  - 
72200000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

Nationwide multi-modal Account Based Ticketing (ABT) system supporting public and private transport services, with the aim of enabling Mobility as a Service 'MaaS' offerings, including:
•Fully functioning and fit for purpose ABT back office system, all necessary equipment, hosting, software, services and supporting systems, for all modes of transit across Ireland including Regional/Commuter/Urban Bus, Heavy Rail, Light Rail, Rural Bus, Commercial Bus Operators and MetroLink;
•Supply, configuration, installation, maintenance of fare collection equipment (including ticket vending machines, gates, validators, on-board and mobile ticket machines, and supporting equipment and services), capable of accepting and validating (at a minimum) cEMV contactless bank cards (as well as mobile phone based), QR Codes, TFI Leap Cards, PSC Free Travel Cards and secure tokens in order to verify entitlement to travel, and enable all necessary supporting elements (e.g. field devices and software, back-office integration and associated services);
•Provision of Payment Gateway and potentially, Acquirer Services, for solution payments and tokens including e.g. cEMV contactless bank cards, mobile, web & retail;
•Integration of solution with legacy systems including;
o TFI Leap Card back office;
o NTA’s financial management system and any future replacement system;
o NTA’s contact centre service provision solution and associated CRM for customer facing services;
o existing and future Automatic Vehicle Location systems and on-bus ticketing machines
•Provision of Test Life Cycle Management including fully functioning test centre in Dublin, test automation tools to enable full end to end test and verification of the solution by both NTA and the supplier;
•Provision of wired and wireless secure communications links;
•Compliance with the NTA’s IT Security and Privacy and Data Protection policies and with security and privacy good practice standards.
•Provision, support and maintenance of web and mobile applications and a full suite of relevant API’s for customer self-service functions integrated into NGT Solution.
•Provision, support and maintenance of integration of customer facing applications and/or the NGT Solution with NTA’s single sign-on platform, journey planner and/or real-time applications.
•Management of the NGT solution under a Service Level Agreement, service delivery, system integration, asset lifecycle management; compliance with security and privacy regulations, configuration management, certifications and standards; end-to-end solution and integration maintenance and back office support services.
•Migration of the TFI Leap Card system into the NGT Solution (e.g. converting TFI Leap Cards into secure tokens which may include providing a virtualised TFI Leap Card smart card or replacement thereof).
•Integration with third party MaaS mobility providers/schemes.
•Provide Point-of-Sale services for handling loading of value or tickets into customers’ accounts in the NGT Solution as well as to sell paper based QR Codes for travel and to sell secure tokens (such as white-label cEMV contactless ABT cards).
•Integration with any new systems acquired e.g. future RTPI/AVL solutions that could potentially be procured separately by the NTA outside of the scope of this PQQ.
•Integration/migration of other NTA ticket schemes such as TaxSaver, YASC, etc. into the overall NGT Solution.
•Provision of white-label cEMV contactless ABT cards both physical and virtual.
•Incorporation/migration of an existing mobile ticketing solution (currently under a separate contract with the NTA) into the overall NGT Solution.
•Implementation of emerging technologies, such as, UK Finance (formally the UK Card Association) “cEMV Model 3” type functionality, Check in/Check out, Be In/Be Out, etc.
•Any necessary refresh of ticketing equipment required during the Framework Agreement duration to ensure all components are on supported versions of software.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 2762000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 120
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The expected term of the Framework Agreement is for 10 years of operations services (excluding initial set up) with an option to extend for up to a further 10 years at the sole discretion of the NTA, in one or more extensions. The option to extend rests solely with the
NTA.
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
See procurement documents.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [Yes]
[EuProgrRef]: The project may be part funded through EIB.
II.2.14)

[InfoAdditional]

The contract value (2.6) is an estimate over a 20 year horizon, is provided for indicative purposes only.There is no guaranteed expenditure under the Framework Agreement. Actual expenditure depends on the pricing submitted by the successful tenderer and the quantum and frequency of call off contracts.No commitments can be entered into without approvals under the Public Spending Code.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  See procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: See procurement documents.
III.1.6)

[DepositsRequired]

See procurement documents.
III.1.7)

[FinancingConditions]

See procurement documents.
III.1.8)

[LegalFormTaken]

See procurement documents.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

See procurement documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeCompDialogue]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSingle]
[FrameworkJustEight]:  The duration is based on need for availability of NGT for at least 20 years, failing which NTA’s business would be negatively impacted by longer journeys, limited fare options, no fares integration and fare evasion; need for phased roll-out on long term projects; need to take advantage of new technologies and meet demands of changing consumer market, avoiding disruption to major projects.
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2019/S 224-550582
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  30/10/2020
[Time]:  17:30
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 01/12/2020
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

NTA reserve the right to omit the Acquirer Services from the scope of this framework agreement and procure them under a separate contract. Candidates are thus not required to include an Acquirer in their PQQ submission at this stage. Where the Acquirer Services are procured under this framework agreement, NTA reserve the right to approve the provider of the Acquirer Services proposed by the successful Candidate.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay Dublin 7 D7
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125
[Internet]: www.courts.ie

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 131/2010 - European Communities (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010.